tender notice name of items, quantity and approximate cost … · 2013-02-08 · 5. the tenderer or...

24
DIRECTORATE OF RESEARCH MAHARANA PRATAP UNIVERSITY OF AGRICULTURE & TECHNOLOGY RCA Campus, Udaipur-313001 Rajasthan Phone No.2417334 (O) Fax No. 0294- 2420447 Website : www.mpuat.ac.in No. F. / MPUAT/DR/Tender/2013/14341 Date: 06.02.2013 TENDER NOTICE Sealed tenders are invited from the manufacturers/authorized dealers/registered suppliers/contractors for purchase of following items/works: Name of Items, Quantity and Approximate Cost (Rs. in Lacs) Mini Tractor(18.5-22 Hp) (3.2), Power Tiller with Rotary Tiller (13 Hp) (1.5), Spray Patternator as per BIS Test Codes (1.25), Spray Pump Test Rig for Centrifugal Pump (1.25), Rockwell Cum Brinnel Hardness Tester (1.5), Digital Hardness Tester for Nonmetals (1.55), Spray Pattern Distribution System (9.5), Weighing Bridge( 2 Ton) (0.5 ), Data Logger (6 Channel) (2.75), Fuel Meter (1.5), Portable Crane (5 Ton Capacity) (8.7), Seed Spices Thresher (2.25), Rotavator (0.7), Reaper- Binder (Harvesting Machine) (3.0). The tender form, terms & conditions can be obtained in person on payment of non-refundable fee of Rs. 500/- & by post Rs. 600/- through a cross Demand Draft in favour of "DIRECTOR RESEARCH, MPUAT, UDAIPUR". Tender forms can also be downloaded from University website www.mpuat.ac.in. However, separate DD of Rs. 500/- is to be enclosed with the downloaded tender forms, failing which no tender will be considered. Each tenderer has to deposit earnest money @ 2% of the estimated value of each item shown as above. The successful tenderer shall have to deposit 5% of the order value as a security. The last date of receipt of sealed tenders (technical and financial bids) is 08.03.2013 upto 01.00 PM. Technical bids shall be opened on the same day in presence of the tenderers at 2.30 PM and financial bids shall be opened on 09.03.2013 at 11.00 AM. DIRECTOR RESEARCH

Upload: others

Post on 09-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

DIRECTORATE OF RESEARCH

MAHARANA PRATAP UNIVERSITY OF AGRICULTURE &

TECHNOLOGY

RCA Campus, Udaipur-313001 Rajasthan

Phone No.2417334 (O) Fax No. 0294- 2420447 Website : www.mpuat.ac.in

No. F. / MPUAT/DR/Tender/2013/14341 Date: 06.02.2013

TENDER NOTICE

Sealed tenders are invited from the manufacturers/authorized dealers/registered suppliers/contractors for purchase of following items/works:

Name of Items, Quantity and Approximate Cost (Rs. in Lacs)

Mini Tractor(18.5-22 Hp) (3.2), Power Tiller with Rotary Tiller (13 Hp) (1.5), Spray Patternator as per BIS

Test Codes (1.25), Spray Pump Test Rig for Centrifugal Pump (1.25), Rockwell Cum Brinnel Hardness

Tester (1.5), Digital Hardness Tester for Nonmetals (1.55), Spray Pattern Distribution System (9.5),

Weighing Bridge( 2 Ton) (0.5 ), Data Logger (6 Channel) (2.75), Fuel Meter (1.5), Portable Crane (5 Ton

Capacity) (8.7), Seed Spices Thresher (2.25), Rotavator (0.7), Reaper- Binder (Harvesting Machine) (3.0).

The tender form, terms & conditions can be obtained in person on payment of non-refundable fee of Rs. 500/- & by post Rs. 600/- through a cross Demand Draft in favour of "DIRECTOR RESEARCH, MPUAT, UDAIPUR". Tender forms can also be downloaded from University website www.mpuat.ac.in. However, separate DD of Rs. 500/- is to be enclosed with the downloaded tender forms, failing which no tender will be considered. Each tenderer has to deposit earnest money @ 2% of the estimated value of each item shown as above. The successful tenderer shall have to deposit 5% of the order value as a security. The last date of receipt of sealed tenders (technical and financial bids) is 08.03.2013 upto 01.00 PM. Technical bids shall be opened on the same day in presence of the tenderers at 2.30 PM and financial bids shall be opened on 09.03.2013 at 11.00 AM.

DIRECTOR RESEARCH

Page 2: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

DIRECTORATE OF RESEARCH

MAHARANA PRATAP UNIVERSITY OF

AGRICULTURE & TECHNOLOGY

RCA Campus, Udaipur-313001 Rajasthan

Phone No.2417334 (O)

Fax No. 0294- 2420447

Website : www.mpuat.ac.in

No. F. / MPUAT/DR/Tender/2013/ Date: __________

M/s. ______________________

__________________________

__________________________

Sub: Tender form for supply of ------------------- . Ref: Our No. F.MPUAT/ DOR/Tender/2013/14341 dated 06.02.2013. Dear Sir, With reference to your letter cited above, please find enclosed herewith the followings:

1. Tender form for supply of ------------------------------- – Technical bid. 2. Tender form for supply of ------------------------------- – Financial Bid. 3. Special Terms and Conditions of the tender for specific equipment to be supplied. 4. General terms and conditions of tender. 5. Custom Duty/Excise Duty exemption certificate. 6. Copy of the Advertisement (appeared in newspapers)

The tenderers have to submit sealed envelopes separately for technical bid and financial bid on or before 08.03.2013 at 1.00 PM. They must submit all specifications of the equipments/items along with the company brochures with technical bid, while the tenderer must submit duly completed and signed financial bid along with a demand draft towards earnest money @ 2% of the estimated cost for each equipment separately. Please Note:

1. No tenders will be entertained without earnest money. 2. Tenders must be submitted in Sealed cover separately for technical bid and financial bid.

3. On envelop, the category tender for supply of ----------------- Category (------) must be mentioned

along with due date i.e. 08.03.2013.

4. If the tender form, special and general terms & conditions are down loaded from the University

website, the tenderer has to enclose a demand draft of Rs. 500/- (Rs. Five Hundred Only) as tender

form fee (Non-refundable) in favour of the Director Research, MPUAT, Udaipur payable at Udaipur

failing which the tender shall not be considered.

5. The tenderer or his authorized representative should come prepared for technical presentation and

demonstration on the date of opening of the technical bid Tender.

6. Tenders shall be opened on 08.03.2013.

7. The tenderer must apply separately for each Equipment/item and enclose the required draft for

earnest money accordingly. In financial as well as technical bid the tenderer must write the name of

the Equipment/item on the envelope as well as technical/financial bid.

Yours sincerely,

DIRECTOR RESEARCH Encl: as quoted above

Page 3: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

Maharana Pratap University of Agriculture and Technology,

UDAIPUR – 313 001

egkjk.kk izrki d`f"k ,oa izkS|ksfxdh fo'ofo|ky;]

mn;iqj & 313 001

TENDER FORM FOR SUPPLY OF EQUIPMENTS IN REFERENCE TO NIT No. F.MPUAT/ DOR/Tender/2013/14341 dated 06.02.2013.

Note: Tender must be submitted strictly in accordance with all the terms & conditions of the Tender-Notice and in the tender form issued by the University, otherwise the tender shall not be considered and shall be rejected outright. Counter conditions shall not be accepted. Tenderers should read these conditions very carefully and comply strictly before submitting the tender. If a tenderer has any doubt regarding the interpretation of any of the conditions or specifications mentioned in these documents, he should refer the same to the Director (Research) and seek clarification before submitting the tender. The decision of the Director (Research) regarding interpretation of the conditions and specifications shall be final and binding on the tenderers. There are two sets of tender forms containing the following documents:-

1. Tender form for supply of ------------------------------ – Technical bid. 2. Tender form for supply of -------------------------------– Financial Bid. 3. Special Terms and Conditions of the tender for specific equipment to be supplied. 4. General terms and conditions of tender. 5. Custom Duty/Excise Duty exemption certificate. 6. Copy of the Advertisement (appeared in newspapers)

Please retain one set for your record and submit one complete set duly filled in, signed and stamped on every page alongwith the earnest money remittance evidence, failing which, the tender will be rejected. Encl: As above. Director (Research)

Details about the tenderer: To be filled in by the tenderer: 1. Name & complete postal address and contact telephone number of the Tenderer:

________________________________________________________________

________________________________________________________________

2. Earnest Money deposited in form of Bank Draft/Pay Order No. _______________ dated

_____________ for Rs. ___________ issued by_____________________ ______________(Name of

Bank) (Cheques/FDR's are not acceptable).

*3. Tender form fee of Rs. 500/- in form of Bank Draft/Pay order No._____________ dated________

issued by_________________________ (Name of Bank) (Cheques/FDR's are not acceptable).

*Note:- Applicable when down loaded from website/copied.

I/We declare that I/we have read all the terms and conditions & specifications of the work mentioned in all the above documents of the tender-form and I/we agree to abide by them. Dated:

SIGNATURE OF THE TENDERER (With Stamp)

Page 4: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

TENDER FORM – TECHNICAL BID To, The Director Research, Directorate of Research, MPUAT, Udaipur. Sub: TENDER FORM for supply of ------------------------------.

In response to the above referred Tender Notice, I/We are submitting Technical Bid offer for supply of

equipment/item________________________________________ (Name of equipment/item). The details are

as under:

1. Name of the Tenderer _____________________________________

2. (a) Address of the Tenderer _________________________________

_________________________________

(b) Phone No.________________Mobile No.____________________

(c) Fax No._________________________________________

3. Technical bid shall be evaluated on the following criteria:

a) Work experience: Expertise in manufacturing/supplying of such equipment at the national and international level. Name of the institute and place where such systems has been supplied and commissioned. Year of delivery to these institutes. Annual turnover of the Tenderer for last five years (Rs. In lac). Place of manufacturing/assembly factory with complete details. Website of Supplier and expertise in other systems, if any.

b) Evidence of having complete supply of such systems in Rajasthan, at the national and international level, if any.

c) Work in progress: Number of offers in the hands for supplying such systems in the country. d) Proof of satisfactory work done (no. of enclosures) from public funded institutions including after

repair facilities extended for the system, if any. e) Proof of having done supply of similar items in quantity and quality in stipulated time. f) The tenderer must give all details of specifications of the equipment very clearly and must be self-

explanatory. 4. Any other information which the Tenderer considers relevant and useful for consideration of his technical bid. I/We hereby certify that the above information is true to the best of my/our knowledge and nothing has been concealed.

SIGNATURE OF THE TENDERER WITH FIRM'S RUBBER STAMP

Page 5: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

TENDER FORM – FINENCIAL BID To, The Director Research, Directorate of Research, MPUAT, Udaipur. Sub: TENDER FORM for supply of -------------------------------.

In response to the above referred Tender Notice, I/We are submitting Price Bid offer for supply of

equipment_______________________________________________ (Name of equipment). The details are

as under:

1. Name of the Tenderer _____________________________________

2. (a) Address of the Tenderer _________________________________

_________________________________

(b) Phone No.________________Mobile No.____________________

(c) Fax No._________________________________________

3. The proposed tendered amount for supply of equipment/items is as under:

S.

No.

Particulars Estimated

quantity

Tendered rate (in

Rs. Figures and

words per unit)

Note: Quote rates for different equipments/items on separate sheets and submit in separate envelopes. I/We hereby certify that the above rates have been quoted after pursuing all the general and special terms and conditions of the tender. I/We agree to confirm these conditions and signed on all the terms & conditions in token of confirmation and acceptance. I/we also bear the responsibility for installation, commissioning, demonstration and training to user at my/our cost.

SIGNATURE OF THE TENDERER WITH FIRM'S RUBBER STAMP

Page 6: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

Maharana Pratap University of Agriculture and Technology,

UDAIPUR – 313 001

egkjk.kk izrki d`f"k ,oa izkS|ksfxdh fo'ofo|ky;]

mn;iqj & 313 001

SPECIAL TERMS & CONDITION FOR SUPPLY OF EQUIPMENTS WITH REFERENCE TO TENDER NOTICE No. F.MPUAT/ DOR/Tender/2012/14341 dated 06.02.2013.

1. Tenders should be submitted on prescribed tender form to the Director Research, Maharana

Pratap University of Agricultural and Technology, RCA, Campus, Udaipur and should reach on

or before 08.03.2013 upto 01.00 PM. Postal delays are no justification for the acceptance of

the tender.

2. Tender should be in the name of Director Research, MPUAT, Udaipur, in a sealed cover

duly super-scribed as “Tender for supply of ------------------------------- to be opened on

08.03.2013”.

3. Rates quoted in the tender should remain valid for acceptance for a period of 6 months from

the date of opening of tenders.

4. Earnest Money Deposit shall be 2% of the estimated value of each item, in the form of

DD/Pay Order drawn in favour of “Director Research, MPUAT, Udaipur”. Exemption shall be

allowed to SSI Units duly registered, as per prevailing rules in Govt. of Rajasthan. Tender

without earnest money would be rejected.

5. Specification brochures/catalogue should be enclosed with the technical bid form only.

6. Equipment to be supplied must have specific warranty period not less than 12 months after

installation.

7. If the material/equipment supplied is not as per prescribed specifications, then the same shall

be rejected at the cost of the supplier.

8. The rates should be quoted in the prescribed financial bid form separately for each item in

separate envelop mentioning the name of item on the envelop. The rates should be quoted as

all Tax (Custom duty charges, Excise duty charges, Octroi and VAT etc.) paid, if extra then

mention separately.

9. The tendered amount should be in Indian Currency i.e. in Rupees only. If equipment is

imported, university may open L.C. in favour of the Principal but all the other formalities

relating to import (clearing, etc.) are to be completed by the successful tenderer at his cost.

10. Tenderer must quote his rate FOR destination (mentioned in supply order) including clearing

charges, transport and handling charges etc.

11. The tenderer should have Custom Bonded Warehouse facilities against our custom exemption

certificate for destination at FOR.

12. For the tender for supply of equipment/implements, the tenderer should be either a

manufacturer or an authorized dealer. In case of authorized dealers he should enclose

dealership certificate valid during the period of tender/supply.

13. The quantity mentioned in the tender for items can be increased or decreased at the discretion

of the University.

Contd., … 2

Page 7: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

-: 2 :-

14. The tenderer should enclose user list along with their postal address and telephone numbers and

should also furnish details of after Sales Service if any provided by the tenderer.

15. The rate quoted should be inclusive of all requisite accessories. The details of accessories are to

be clearly mentioned in tender form by the tenderer. The rates of optional accessories if any be

quoted separately.

16. The tenderer can avail facilities against our Excise/Custom Exemption certificate.

17. The order will be placed by the Director Research, MPUAT, Udaipur or any other unit officers of the

university & the supply is to made at FOR Indentor Office or as specified in the supply order within

the area of MPUAT, Udaipur. Payment will be made by indenting officer after satisfactory

supply/installation of the equipment/implement etc.

18. Vice Chancellor, MPUAT, Udaipur reserves the right to reject any tender in part or full without

assigning any reason.

19. Any dispute arising out of this contract shall be subject to the courts having jurisdiction at Udaipur

only.

20. The rate tendered for every item/equipment/unit mentioned in tender form will be evaluated

separately and tenderer should quote accordingly.

21. Tendered amount should be mentioned in words & figures.

22. The successful tenderer will have to deposit @ 5% of the order value for the item value upto Rs.

10.00 Lacs and 10% of order value if item value exceeds Rs. 10.00 Lacs as security within a period

of seven days from the date of receipt of supply order. The security is to be deposited in the office

of purchaser (Indentor). The security deposit will be refunded after the end of guarantee/warranty

period.

23. Equipments/items which are governed by Dangerous Machinery Regulations Act should be

necessarily 'I.S.I.' marked (attach certificate with the Tender) and for other equipments 'I.S.I.'

quality certification is desirable. For quality certification in case of equipments, the certificate be

enclosed.

24. The tenderer should give “on the site demonstration” to the satisfaction of the Indentor.

25. Please enclose detailed specification with the photographs & literature of the equipment to be

supplied.

26. The tenderer or his authorized representative should come prepared for technical presentation and

demonstration on the date of opening of the tender and may be required to stay next day also.

27. Approved rate will be effective upto 30.06.2013 & approved supplier has to execute all the orders

received by him/her/them upto 30.06.2013.

28. In comparing the rates tendered by firms outside Rajasthan and those in Rajasthan, the element of

Rajasthan Sale Tax (VAT) shall be excluded whereas that of Central Sales Tax shall be included.

29. Liability on the part of University will arise only when the supply order is issued by the Intending

Officer of the University.

DIRECTOR RESEARCH

MPUAT, UDAIPUR I/We hereby declare that I / We have read carefully all the above mentioned Special Terms & Conditions and I/We agree to confirm these.

SIGNATURE OF THE TENDERER

WITH HIS FIRM’S RUBBER STAMP

Page 8: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

DECLARATION BY TENDERERS

I/we declare that I am / We are bonafied Manufacturers/Whole Sellers/Sole Distributors/Authorized dealers/dealers/sole selling agent in the goods/stores/equipments for which I/We have tendered.

If this declaration is found to be incorrect, then without prejudice to any

other action that may be taken, my/our security may be forfeited in full and the tender if any to the extent accepted may be cancelled.

Signature of the Tenderer

Page 9: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

Tender Specifications

S. No. Name of Equipment Specification Price

1. Mini Tractor 3.2

Type 2-3 Cylinder, 4 Stroke, Over Head Valve

Bore 70mm -80mm

Stroke 70mm -80mm

Displacement (Swept volume) 900-1000 cu.cm

Max. Torque 5-5.2 Kg-m (1800-2200 rpm)

Output / Rated

18.5 hp-22 hp / 2700rpm (IS : 10,000)

S.F.C. (Specific Fuel Consumption)

220-300 gm/hp-hr

Cooling System

Water-cooled Radiator with compensatory tank

Starting System

Starter Motor 12 Volts - 1.6 KW

Fuel System

Fuel

High Speed Diesel Oil (H.S.D.)

Fuel Tank Capacity 18-32 litres

2. Power Tiller with rotary tiller 1.5 Type Horizontal 4 stroke Single cylinder Water cooled Diesel

engine.

Combustion Chamber Direct Injection (DI)

Bore 95mm

Stroke 95mm

Displacement 673.4 cc

Compression Ratio: 18:1

Max. Torque 4.2kg-m/ 1900rpm

Max.HP as per IS 13539 1996

13.0 HP@2400rpm.

S.F.C.(Specific Fuel Cons) 192g/hp/hr

Governor System Mechanical Centrifugal Type.

Cooling System Condenser Type Thermo Siphon cooling System

Starting System Hand Cranking

Lighting System 12 volts / 35 watts

Std. Pulley (DIA) 100 mm/optional 120mm

Dry Weight 125 Kgs

FUEL SYSTEM

Fuel High Speed Diesel

Fuel Tank Capacity 11 ltrs.

Nozzle Multihole (4)

LUBRICATING SYSTEM

Oil Sump capacity 2.4 ltrs.

Type of Lubricating System Force Feed type Trochoid Pump

Air Cleaner Multistage stage oil bath type with cyclonic per cleaner

Tiller

Type Side drive rotary transmission

Forward: 6 Speeds

Reverse 2 Speeds

Rotary: 2 Speeds ( Optional 4 Speeds)

Clutch: Multiple Plate, Dry disc type

Brake: Hand operated internal expanding metalic Shoe Type.

Weight 280 Kgs.

PERFORMANCE

Tilling Width 600 mm maximum

No. of tynes 18

Tilling Depth 150 mm maximum

Page 10: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

Plough Depth 220 mm maximum

Speeds 1.78 kmph-14.61 kmph

OVERALL DIMENSIONS

Length * Width * Height 2320 mm x 810 mm x 1300 mm

3. Spray Patternator as per BIS test codes 1.25 Spray Patternator AS per BIS Test codes

M.S. stand for Nozzle & Pipe assembly with scale for distance .measurement between

two sprayer

• Patternator tray

• Nozzle spray - 2no

• Filter

• HTP pump

• A.C. 3 phase 1500 rpm 1 HP Motor

• Pressure gauge - 1 no.

• Pressure Regulator

• Measuring liitders 40 No. (Plastic)

• Starter

• Main switch –

• Tray stand

• Sprayer Assembly. Sump tank for recalculating

• Rotameter Hand valves

• Tank FRP coating in sid

• V angel Test pieces of SS material of Size : 1950 x 1200mm

A copy of instruction manual

4. Spray pump test rig for Centrifugal Pump 1.25 Spray Pump Test rig for Centrifugal Pump

It is mounted on MS Structure duly powder coated.

The unit consisting of :

Multi stage Centrifugal pump Vacuum gauge at suction line Pressure gauge at

discharge line Input is measured by three phase energy meter Output of pump

performance can be

estimated at 3 difference speed by using V belt pulley

Three HP AC Motor with starter MS tank of size : 1000 x 800 x 600mm with FRP

Coated

Measuring Tank of size : 600 x 500 x 400mm with FRP Coated

5. Rockwell cum Brinnel Hardness Tester 1.5 ROCKWELL CUM-BRINELL HARDNESS TESTER

As per IS 3804 for Rockwell and IS 2281-1968 for Brinnel

Automatic load selection, manual operation with facility of brinnel test with 187.5

kg load with 2.5 min ball intender

Specifications:

Max. Load kgf : 187.5

Load range: 60,100,150,187.5

Initial load kgf: 10 Max. test height: 230 inns

Depth of throat : 132 mm

Machine height (App) : 650 nun

Size of base, mm: 160x 430

Standard Accessories: Flat testing table, 6-45 v groove testing table, Diamond

intender, steel ball intender 1/16", test block HRB, HRC, Dash pot oil 1 bottle and

instruction manual

6. Digital Hardness Tester for nonmetals 1.55 Digital ROCKWELL Hardness Tester

Confirm to IS: 3804-1988 BS:891 parts 1&2, ASTM: E 18 for Rockwell Test

Technical Specification :

Load kgf : 60, 100 & 150

Page 11: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

Initial load Initial load kgf: 10 kgf

Max. test height : 230mm

Depth of throat, : 200 mm Max. depth of elevating: 240mm

Size of base : 171 x 423 mm machine Height 635mm Drive motor HP 0.33 -415 v/p

Standard Accessories :

Testing table 200mm : 1 pc

Testing table V groove 70mm : 1pc, Ball holder 1/16mm : 1pc Test block HRB : 1pc Test Block HRC : 1 pc Allen spanner - 4 pice,

7. Spray Pattern Spray Pattern Distribution System 9.5 Performance and endurance test rig Knapsack sprayer & Hand pump sprayer As per

BIS Standard It is mounted on M.S. Structure dully powder coated.

The Unit Comprises of

• M.S. Frame Stand pressure gauge accumulator for reducing damping effect of

pressure gauge

• Suction & discharge pipe

• a. Sum Tank & measuring Tank

1 HP DC motor of 1500 rpm with dimmerstat arrangement for attaching pressure

assembly to Knapsack / Hand pump Tank

• Digital counter for stroke measurement

• Sprayer Pump • Pressure Gauge

• Main Switch

Performance and endurance test rig for foot and rocker sprayer As per BIS

Standard.

It is mounted on M.S. Structure dully powder coated.

The Unit Comprises of

• Foot & Rocker pump are mounted on MS Frame for Testing

• Pressure gauge accumulator for reducing damping effect of pressure gauge

• Suction pipe & discharge pipe

• Sum &Measuring Tank

• Main Switch 1 HP D.C. Motor

• 4A Dimmer State

• Hand valve arrangement for changing pump

• Stop clock

Strap drop and tank impact test rig As per BIS Standard. It is mounted on M.S.

Structure dully powder coated.

The Unit Comprises of

• M. S. Metallic Fabricated Frame

• Double acting pneumatic Cylinder's 3 No.

• Canti Leaver Assembly

• Belt Assembly

• Test T ank Assembly

• Limit switch

• Pressure gauge

• Flow Control Valve

• Electro Pneumatic Solenoid Valve Air Compressor

Test rig for Fatigue on compression sprayer As per BIS Standard. It is mounted on

M.S. Structure dully powder coated.

The Unit Comprises of

M.S. Fabricated Stand

Air Compressor single cylinder single phase

• Air filter Solenoid Valve, Three way valve, Limit switch

• Pneumatic cylinder Digital counter for stroke measurement with timer Pressure

Gauge Three separate line for three Nozzle

Test Rig for Trigger Type cut off device As per BIS Standard It is mounted on M.S.

Structure dully powder coated.

The Unit Comprises of

M.S. Fabricated Frame 1000 X 700 X 1500 approx

•Air Compressors Single Cylinder Single Phase in ie acting Pragmatic Cylinder •

Page 12: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

Pressure Regulator

• Pressure Gauge • Limit Switch

• Electrical Cut Out (6A) Solenoid Switch

•Spray Nozzle

• Unit Will Powder Coated

• STP Pump with Pipe Assembly Nozzle performance test rig. As per BIS Standard

It is mounted on M.S. Structure dully powder coated.

The Unit Comprises of

• M. S. Fabricated Stand Assembly

• M.S. 'V' channels Spray collecting Assembly. glass test tube 18 No. with Oil seals

for collecting spray water.

• Rota meter (Water) Acrylic Body.

LPM 100

Glass test tube tiling assembly

• STP spray Nozzle • pressure gauge

S. Fabricated Structure App. Size = 900 X 700 • 1200 MM.

Spray launce pressure test rig As per BIS Standard is mounted on M.S. Structure

dully powder coated.

The Unit Comprises of

M. S. Fabricated Stand Assembly

• 1 HP DC Motor

• 4 A, DC Dimmer Assembly

• Cam and Flange Assembly

• Connecting rod Assembly

• Electrical Switch

• Air Foot Pump Reciprocating Pump test bench As per BIS Standard is mounted on

M.S. Structure dully powder coated.

The Unit Comprises of

Reciprocating Pump of 1 HP single phase 1500 rpm with 4Adimmer stat

• Vacuum Gauge at suction line

• Pressure Gauge at Discharge line

Measuring input to electric Motor by Energy meter ,

• Output of Pump performance can be estimated at three different speed by using

pulley

• Recirculation type unit

• M. S. Stand Assembly Measuring Tank of Size : 500 x 400 x 400mm with FRP

Coated • M.S. sum Tank 900 x 600 x 600mm TEST SET UP OF MIST BLOWER It

is mounted on M.S. Structure dully powder coated • Round type duct • Pitot Tube

• U Tube manometer • Blower switch

• Single phase 1 HP centrifugal blower Leakage Test for delivery line It is mounted

on M.S. Structure dully powder coated It is comprises of:

• 1 HP HTP Pump

3 phase 1500 rpm Motor with starter

• Air compressor assembly Air filter

• Pressure gauge regulator with pressure gauge Pneumatic cylinder

• Solenoid Valve, limit switch

• Nozzle sprayer assembly Sum Tank Hand valve

• Separate line for leakage purpose

8. Weighing Bridge 0.5 Capacity 2TON Size (mm) 1500/1500 Accu. 500GM

9. Data Logger 2.75 FEATURES

• 4 Differential input analog channels with fixed gain and filters • 2 Bridge signal conditioning channels with programmable gain and filters accommodate 1, 2 or 4 active bridge arms • 2 Additional Frequency Measurement channels • Serial/USB connectivity to your PC or laptop for setup, data display and processing

Page 13: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

•Wireless Ethernet available • 16-bit analog-to-digital converter resolution • Aggregate sampling rate of up to 32k samples/second • Simple user interface allows quick setup for data collection and storage • Local data storage via Compact Flash™ module • Auto-configuration on power-up for stand-alone applications • External trigger input provided

10. Fuel meter 1.5

Capacity-minimum-1 litr/h

Capacity-maximum-50 litr/h

Inaccuracy-1 %

For motor having capacity upto 80 kW

It should give Total fuel consumption, Instant fuel consumption, Engine operating time in various mode (idling, optimal, Overload)

Display-Electronic

It should be protected from unauthorized interference and tampering

11. Portable crane 8.7

LIFTING CAPACITY (Free on wheels)

9 Tons - SWL 11 Tons - TL

ENGINE A498/S433, 4 cylinder, water cooled diesel engine.

Rated Power 49 BHP at 2300/2200 RPM.

TRANSMISSION Sliding mesh with 6 forward and 2 reverse speeds and high low range selector.

Clutch Single, dry friction, clutch plate.

Top Speed 29 KMPH without load.

TRANSMISSION Sliding mesh with 6 forward and 2 reverse speeds and high low range selector.

Clutch Single, dry friction, clutch plate.

HYDRAULIC SYSTEM

© Gear/Intra vane type main pump. © Four spool control valve. © Suction line has 100 mesh size strainer while return line is fitted with 25 micron full flow filter. © Two double acting lift cylinders, two double acting steering cylinders and one double acting extension cylinder.

BRAKES Pneumatically assisted hydraulic brakes. Front and rear brakes are actuated through a single pedal. Parking brake is Provided.

STEERING Hydraulically operated with 55° articulation on either side and turning radius of 5.5 Mtrs. (approx) on outer rear wheels.

ELECTRICAL SYSTEM

12V. Negative earth with 35 Amp. alternator and 88 Amp hr. battery.

TELESCOPIC BOOM

Two part boom with hydraulically operated extension of 1800 mm stroke.

Telescoping Time 10 Seconds.

BOOM LUFFING

Range -5° to + 60°

Time 20 Seconds.

HOIST Winch is driven by hydraulic motor employing 4 falls of 13 mm dia rope.

Hoist Speed 24 Mtrs./Min. (Line speed)

TYRES

Front 10.00 x 20 -16PR (4 Nos.)

Rear 13.00 x 24 -12PR (2 Nos.)

Fuel Capacities

Air Cleaner 0.75 Ltrs.

Engine 8.00 Ltrs.

Fuel Tank 45.00 Ltrs.

Hydraulic Tank 100.00 Ltrs.

Transmission 38.00 Ltrs.

SAFETY © Audio overload indication.

Page 14: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

© Hose failure protection. © Audio over hoisting indication. © Safety brakes on hoist. © Cylinder guards.

OPTIONAL © Fly jib.

12. Seed spices Thresher 2.25

DESCRIPTION SPECIFICATION OF THRESHER

Dimensions 300 cm 180 cm 250 cm

Weights More than 1100 Kg.

Power of tractor which should drive the machine

Minimum Power required is 30 HP

Other characteristics / Special Features

Manufactured with Help of CNC Laser Cutting+ CNC Punching Machine

Heavy Duty Gear Box drive for providing reciprocating motion to Sieve chamber

Certified By Spices Board of India.

Back Blower installed for safety of tractor’s radiator from chock up due to dust.

Almost Maintance Free and Robust construction.

Easy operation.

Certified by BIS & FMTTI, Hissar.

With 600 X 16 TF tyres.

Else then spices all other crops can be taken care except Rice and Ground Nut

Rice winnowing is possible.

Length Length of Threshing Chamber – 76 cm With threshing chamber of 2.5 feet ( 76 cm) our machines are capable of giving more output then required.

Diameter Diameter – 87 cm

Type of winnower Centifugal

Performance thresher : capacity

Output ranges 300-600 Kg/Hour with different crops Cummin ,Ajwain , fenugreek

13. Rotavator 0.70 Ratavator (to be used with 35 HP and 50 HP tractor)

(a) No. of blades: 36-42 (b) Blades: L type (c) Working width of Rotavator: According to 35-50 HP tractor Blades L-type heavy duty blades with thickness 7-10 mm, gear drive, spring loaded tailboard, gear box of medium to heavy duty multispeed with accessories and telescopic shaft.

14. Reaper-binder (harvesting machine) 3.0 Width of cut: 4 feet

Height of cut: 3-5 cm Engine: 10.2 HP, Air cooled diesel Gear: 4 forward and 1 reverse Weight of machine: 4 quintals

Specifications of reaper-binder: Length (mm) : 3460/1900 Width (mm) : 1900/3470 Maximum height (mm) : 1050 Weight (kg) : 385 Linkage of suspension system : Category II Maximum PTO shaft rotation per minute: 540 Reaping height (mm): Adjustable Required tractor power (HP) : 35-40 Capacity (da/h) : 4-5.5

Page 15: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

1

Maharana Pratap University of Agriculture and Technology, UDAIPUR

GENERAL TERMS AND CONDITIONS OF TENDER NOTE:- Tenderers should carefully read these conditions and comply strictly while

submitting their tenders. If a tenderer has any doubt regarding the interpretation of any

of the conditions or specifications mentioned in the Tender Form/Notice, he should

refer these to the Comptroller and obtain clarification before submitting the tender.

Decision of University regarding the interpretation of the conditions and specifications

shall be final and binding on the tenderer.

1. DEFINITIONS:

(i) The term 'the contract' shall mean the invitation to tender, the instructions to

the tenderers, acceptance of tender hereinafter defined and those general

conditions and special conditions related to the tender.

(ii) The term 'the contractor' shall mean the person, firm, company or any body to

whom the order for the supply is placed. In the case of person, it shall be

deemed to include his successors, heir and legal representatives where the

context so requires.

(iii) The term 'delivery' shall mean delivery by the stipulated dates and the places

specified in these conditions or special terms and conditions and/or supply

order issued in this regard.

(iv) The term 'Central Stores Purchase Committee' shall mean the Stores

Purchase Committee constituted by the Maharana Pratap University of

Agriculture & Technology, Udaipur.

2. The tenders should be sent to the Comptroller, Maharana Pratap University of

Agriculture & Technology, Udaipur under a Registered & Cover in a double

envelope duly sealed and marked "Tender for………………………(specify) due

on……………. so as to reach Comptroller office before the due date and time. If

tenders are delivered by hand, a receipt should be obtained. Any tender received

after prescribed time shall not be considered.

The tenders will be opened on ………..at……….. before the Committee constituted

for the purpose by the University in the office of the Comptroller or as specified in

the NIT/special terms & conditions. Tenderers may be present in person or may

authorize one representative to be present at the time of opening of the tenders.

3. Tenderer who is not registered under the Sales Tax Act prevalent in the State

where his business is located shall not be eligible to participate in the tender. The

Sales Tax Registration Number should be quoted and a Sales Tax Clearance

Certificate from the Commercial/Sales Tax Officer of the Circle concerned should

be submitted without which the tender is liable to be rejected.

Page 16: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

24. The tender should be filled in ink or typed. Tender filled by pencil shall not be

considered.

5. (i) Rates must be written both in words and figures. If there is any variation in

words & figures, the lower of the two shall be considered. There should be no

erasure, alteration or overwriting in the tender. Where any alteration is made,

it should be initialed with date by the tenderer failing which such tender may

be rejected. No paper shall be detached from the tender document.

(ii) Rates must be quoted F.O.R. Destination at the Indentor Office or at specified

places mentioned in the special terms & conditions and should include all

charges and taxes except Central/Rajasthan Sales Tax/VAT. However,

effective rate of tax at the time of filling of the tender be shown separately.

6. The tenderer is not expected to quote for more than one product where the

specifications are fairly clear and not more than two in any case. If any tenderer will

quote for more than two products, his offer may not be considered in respect of

those items.

7. (i) Tenders shall be valid for a period of four months from the date of opening of

the tender for the purpose of communicating the acceptance of tender offer.

(ii) After a tender has been accepted, the rates shall remain valid throughout the

period for which tenders are invited.

(iii) If at any time during the period of contract the contractor reduces the sale

price of Tendered items/equipment to any other purchaser at a price lower

than the price approved under the contract, he shall forthwith inform such

reduction or sale to the Comptroller, Maharana Pratap University of

Agriculture & Technology, Udaipur and the price payable under the contract

for the Tendered items/equipment supplied after the date of coming into force

of such reduction in sale shall stand correspondingly reduced. The successful

tenderer has to furnish certificate to the effect that the provision of this clause

has been fully complied with in respect of supplies made or billed for upto the

date of certificate. The successful tenderers shall furnish this certificate to the

Comptroller, Maharana Pratap University of Agriculture & Technology,

Udaipur at the beginning and at the end of each six monthly period thereafter

during the currency of the contract and at the end of the contract period that

they had complied with this clause of the contract. In case of breach of this

condition the tenderer may be black listed and debarred in future.

8. (i) Tenderers shall specifically mention their capacity while submitting the tender.

a) Whether signing as a "Sole Proprietor".

b) Whether signing as a "Partner" of the firm.

c) Whether signing as Secretary, Manager, Director etc. in the case of

Companies Authorization of this effect be submitted with the tender.

Page 17: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

3 (ii) Tenderers should sign the tender form at the end of each page as a token of

his acceptance of all the terms and conditions of the tender and should also

sign the page on which rates are quoted.

(iii) If the tenderer resiles from his offers or add new terms & conditions after

opening of the tender, his earnest money is liable to be forfeited.

(iv) The submission of more than one tender for the one and same category and

under different names is prohibited. If it is discovered at any time that this

conditions has been violated, the tender submitted by such firms shall be

rejected or contract(s) shall be cancelled and the earnest money or security

deposit(s) shall be forfeited.

9. The tender must be accompanied by Earnest Money as per the NIT, without which

tender will not be considered and rejected outright. The earnest money shall be in

form of Demand Draft/Banker Cheque of a scheduled bank.

10. Successful tenderer has to deposit security @ 5% of the ordered value in addition

to earnest money submitted at the time of tender. The amount is to be deposited in

the office of indentor in the form of Demand Draft, Bankers Cheque of a

scheduled bank. However, in lieu of Bank Draft/ Banker Cheque, Bank guarantee

may be considered where the value of total ordered value exceeds Rs. 10.00 Lacs.

Cheque and FDR are not acceptable for earnest money and security deposit.

11. It is emphasized that no tender will be considered without earnest money. Request

for adjustment of previous security/earnest money or deduction of earnest money

amount from pending bills shall not be considered.

12. The earnest money will be refunded to all unsuccessful tenderer after finalization of

the tender. Earnest money of successful tenderer will be retained as security for

the full period of contract and it will be refunded within six months after the expiry of

contract period provided there is no complaint from any of the indenting

(purchasing) officers.

13. Successful tenderers will have to execute an agreement in the prescribed form with

Comptroller, Maharana Pratap University of Agriculture & Technology, Udaipur on

a non-judicial stamp of Rs. 100/- which will be purchased by the successful

Tenderer in his name and at his cost, within a period of seven days from the date

on which the acceptance of the tender is communicated to him. The acceptance

shall be treated as complete on positing the letter of acceptance in the post office

(U.P.C.) by the University.

14. The contractor shall be responsible for goods being sufficiently and properly

packed for transport by rail or road transport so as to ensure their being free from

loss and breakage till the delivery of goods at the stores of the indenting

(Purchasing) Officer. If the contractor so desires, he may insure valuable goods.

For loss or damage, breakage, leakage or shortage discovered by the Intendor, the

contractor shall be liable to make good the same at his own cost. The tenderer may

present himself or depute any of his representatives to watch any damage or loss

discovered at the destination to verify the same if desired.

Page 18: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

415. The successful tender shall not assign or sub-let the contract or any part thereof to

any other party.

16. (i) Two sets of the samples of items of the various categories of tenders should be

submitted on or before the due date and time of receipt of the tender, WHERE

SAMPLE IS REQUIRED alongwith separate challan in duplicate in the

proforma mentioned below, in the office of the Comptroller, Maharana Pratap

University of Agriculture & Technology, Udaipur. Without samples the tender

will not be considered for such items. The samples submitted in the past shall

not be considered. The samples sent should be of the same quantity as asked

for.

FORM OF CHALLAN FOR SAMPLES

Name & address of firm…………………………………………………………………………

Tender Notice No………………category (if any)…………………. Due date…………….

Item No. Brief Description of

the sample

Quality of samples Number of samples

submitted against

each quality

(ii) Samples must be submitted fully sealed and should bear label with the

particulars as mentioned below:-

(a) Name and full address of the firm.

(b) Tender Notice No., Tender Code, Item Number and due date of the tender

(c) Brief description of the sample.

(iii) Samples without challans in triplicate will not be accepted.

(iv) Outside firms are requested to send form of challan in duplicate alongwith the

samples and Railway parcel should be sent as "Fully Paid Home Delivery

Parcel", so that the samples are received in the office of the Comptroller,

Maharana Pratap University of Agriculture & Technology, Udaipur on or

before the due date of receipt of tender. The consignee is in no way

responsible for getting the parcels from the Railway Premises.

(v) In case the samples are sent by Railway parcel the R.R. should be posted by

Registered post to the Comptroller, Maharana Pratap University of Agriculture

& Technology, Udaipur.

(vi) Approved samples will be retained by the University without payment of cost

upto a period of six months after the expiry of contract period. The University

shall not be responsible for any damage, wear and tear or loss during testing,

examination etc. during the period these samples are retained. The samples

shall be collected by the contractor on the expiry of stipulated period. The

University shall in no way make arrangements to return the samples

thereafter by Railway or other mode of transport even if the contractor agrees

to pay the cost of such transport. The samples not collected within 3 months

after the stipulated date shall be forfeited by the University and no claim for

their cost etc. shall be entertained.

Page 19: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

5(vii) Samples of unapproved items shall be collected by the tenderer (if any) to the

extent samples are not destroyed or consumed during testing and

examination. The University shall in no way make arrangement to return the

samples by Railway or other mode of transport.

(viii) Samples should be strictly according to the specification given in the tender

form otherwise they will not be considered.

(ix) No change in marking on samples will be allowed after submission of the

sample.

17. (i) All goods (approved supplies) must be sent freight paid. If goods are sent

freight to pay, the freight together with an administration change of 10% of the

freight charges will be recovered from the supplier's bills.

(ii) RRs or GRs should be sent under a Registered cover. No. RR or GR will be

accepted if it is sent by V.P.P. or through bank.

(iii) Each bale or package shall contain a packing note quoting the acceptance

order or supply order no. date and details of contents.

(iv) In case the supply is called for by the Purchasing Officer by Railway

Passenger train, half of the Railway Freight will be borne by the Purchasing

Officer.

(v) Payment for the supply shall be due and payable by the Purchasing Officer to

whom supply is made when the goods are delivered strictly in accordance

with the supply order and is found to be having required standard quality or

tallys with the sample.

(vi) All the goods supplied should be of the best quality as per the specification,

trade mark laid down for them and in strict accordance with the approved

standard samples. The decision of the Purchasing Officer of University shall

be final as to the quality of the goods and binding upon the approved supplier.

In case, any of the articles supplied are not approved these shall be liable to

be rejected and any expenses incurred or loss caused the University or to the

supplier as a result of rejection of supplies, shall be entirely on approved

suppliers account.

(vii) The rejected articles must be removed by the tenderer, from the destination

where they lie within a period of 30 days from the date of rejection notice. The

officials will take reasonable care of such materials but will not be responsible

for any loss or damage that may occur to these articles while it is on their

premises.

18.(i) The material ordered will have to be supplied within a period as specified or of 4 weeks from the receipt of supply order. The material will have to be delivered at the Premises of Indenting Officer at the cost & risk of approved supplier. If the ordered goods are not supplied in the stipulated period, the intending officers may extend the time of delivery with liquidated damages as per general terms and conditions.

Page 20: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

6 The rate of liquidated damages for delayed supply are as under:-

S.No. Period of delay Rate of liquidated damages on the value of the stores/equipments failed to supply in the prescribed delivery period

1. Delay upto one fourth period of the prescribed delivery period

2.5%

2. Delay exceeding one fourth but not exceeding half of the prescribed delivery period

5.0%

3. Delay exceeding half but not exceeding three fourth of the prescribed delivery period

7.5%

4. Delay exceeding three fourth but not exceeding the period equal to the prescribed delivery period

10%

However, if the reason for the delay is beyond the control of the

approved supplier, the issue may be referred through Intending Officer to

the University for granting extension without liquidated damages. The

approved supplier has to ensure that the ordered goods/items have been

delivered at FOR destination i.e. at the office of intending officer or at the

placed mentioned in supply order. Approved supplier is also responsible for

proper packaging and mode of requisite transport. Packaging cost,

transportation cost and transit risk (upto delivery) is to be borne by the

approved supplier. For valuable goods insurance and other charges are also

to be borne by the approved supplier.

(ii) The supply against an order marked URGENT will be made immediately and

will be completed in full by the contractor within 30 days or time indicated

whichever is less from the date of issue of order.

(iii) In case the supply is not made according to the supply order in full within a

period specified from the date of order, the earnest money will be forfeited.

(iv) When the tenderer is unable to complete the supply within the specified period or the extended period (when supply period is extended) the Purchasing Officer shall be entitled to purchase the goods from open market at the risk and cost of the approved supplier without any notice to the tenderer. The goods in full or any part thereof which the tenderer has failed to supply, the tenderer shall be liable to pay the loss or damage which the Purchasing Officer may suffer by reasons of such failures on the part of tenderer. But the tenderer shall not be entitled to any gain on such purchase made against default. The recovery of such loss of damage shall be made from any sums payable to the tenderer under this or any other contract within the University. If recovery is not possible from the bill and tenderer fails to pay the loss or damage within one month of the demand, the recovery shall be made under the Rajasthan Public Demand Recovery Act, 1952 or any other law for the time being in force.

Page 21: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

7 While making the risk purchasing the Purchasing Officer may exercise

his own discretion. In all cases, where orders are cancelled due to non-supply

of goods, it will be treated as a breach of the contract and the Purchasing

Officer shall take action accordingly. In all such cases tenderer will be black

listed & debarred from future dealing with the University.

Note: It is clarified that Purchasing Officer may resort to risk purchase without granting

any extension as provided in Condition No. 18 (i)

(v) When the supplier is unable to complete the supply within the specified or

extended period, the University shall forfeit the Earnest Money/Security

Money in full or in part as it may deem fit.

When the Earnest Money/Security Money in full or in part is proposed to

be forfeited, a show cause notice for a period of 10 days will be given to the

supplier for not making the supplies in time and why not the Earnest

Money/Security Money in full or part thereof as specified in the notice be

forfeited.

19 (i) The quantities for the various items in the tender are approximate and subject

to variation. The supplies will have to be made according to requirements as

and when supply orders are placed throughout the contract period.

(ii) If supply orders are placed in excess of the quantities shown in the tender

form, the contractor will be bound to meet the required excess supply upto

50% of the tendered quantity besides that notified in the tender on the same

rates and conditions. If the contractor fails to do so, the security deposit shall

be forfeited & ban on future business shall be imposed. If the supplier does

not communicate within 7 days of the receipt of the supply order for the

excess quantity, it will be presumed that the supplier agrees to supply the

ordered quantity on the approved rates.

(iii) If the purchases of the items approved are not made at all or purchases are

made for lesser quantity than that indicated in the tender, the supplier will not

be entitled to claim any compensation whatsoever on this account.

20. (i) All articles supplied shall strictly conform to the specifications laid down in the

tender form. The supply of articles marked with asterisk or words "SAMPLES

REQUIRED" shall in conform to the approved samples. The decision of the

Purchasing Officer/Comptroller/Central Stores Purchase Committee (Whether

the articles supplied conform to the specifications and are in accordance with

the samples) shall be final and binding on the supplier.

(ii) If even a small percentage of supplies or any unit drawn randomly from bulk

supplies does not conform to the standard of the tendered sample, than the

entire supply is liable to be rejected and no excuse whatsoever (viz.

manufacturing difficulties, non-availability of raw materials etc. shall be

entertained) for deviation in quality will be entertained.

Page 22: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

8 (iii) If the goods or articles fail in comparison with the samples or in test they will

be rejected and will have to be replaced by the supplier at his own cost & risk

within the prescribed limit.

(iv) If, however, due to exigencies of University works, such replacement either in

whole or in part, is not considered feasible, the Comptroller or the Purchasing

Officer (after giving an opportunity to the contractor of being heard) shall for

reasons to be recorded in writing deduct suitable amount from the bill of

supply. The deduction so made will be final and binding on the supplier. If the

supplier fails to appear for hearing the decision of the indenting officer without

hearing the supplier shall be final & binding on the supplier.

(v) Articles which are prima facie defective or not in accordance with the

accepted tendered sample shall not be stored in the University Stores or

indenting officers, stores and if kept they shall be at the risk and responsibility

of the supplier. The rejected articles must be removed by the supplier within a

period of 3 days of the date of receipt of information of rejection after which

the Purchasing Officer or the Comptroller shall have the right to dispose off

such articles as deemed proper at the contractor's risk and on his account.

The Purchasing Officer shall also have the right to charge rent for storage of

such rejected articles from the contractor at the rate to be fixed by him. His

decision regarding rent will be final and binding on the supplier.

(vi) The contract for the supply can be repudiated at any time by the Comptroller,

if the supplies are not made to his satisfaction after giving an opportunity to

the contractor of being heard and the reasons of repudiation shall be recorded

by the Comptroller.

21. Any increase in Excise Duty or other similar tax if imposed by the Central or state

Government after due date of Tender will be paid extra. Similarly any reduction in

them after the due date will be paid less to the approved supplier.

22. Remittance charges on payment made to the firms will be borne by the approved

supplier/contractor.

23. Tenderers are requested to send printed descriptive literature, catalogue, photo

literature of the articles if any with their tenders offers for convincing about the

quality and usage of the articles but direct/indirect convassing on the part of

tenderers or their representatives after the submission of the tender shall disqualify

them.

24. The University reserves the right to accept any tender not necessary the lowest,

reject any tender without assigning any reason and accept any tender for all or any

one or more items or the articles for which tender has been invited.

25. It is made clear that the tender must be submitted accurately in accordance with

the condition of the tender and that necessary documents must invariably be

enclosed wherever demanded. In the event of non-submission of these essential

documents, the tender shall not be considered and shall be treated as rejected

without notice or any reference.

Page 23: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

9 The following documents when furnished must hold good for the entire period of

the tender, failing which these will be considered as invalid documents:

(a) Documents to prove the capacity of the tenderer as:

Manager/Proprietor/Partner/Managing Partner/Director/Secretary/Sole

Distributor / Manufacturer.

(b) Documents to prove the tenderer as registered with the Director General of

Supplies & Disposals, New Delhi or National Small Scale Industries

Corporation.

(c) Sales Tax Clearance Certificates.

All the documents be submitted in original or copies of the original

documents can be acceptable only if these are attested by the "Govt.

Gazetted Officer". Self attested or unattested copies of such documents will

not be considered valid.

26.The tenderers should not quote their own conditions while submitting the tenderers.

Any counter conditions or counter proposals submitted by the tenderers will not be

considered at all. If a tenderer imposes conditions which are in addition to or

conflicting with the conditions mentioned herein, the tender is liable to be rejected.

27. Legal proceedings, if any arising out of this tender shall have to be lodged in

Courts situated in Udaipur and not elsewhere.

28. Tenderers are expected to satisfy themselves that they will be able to supply the

articles tendered by them in full if their tenders are accepted. No plea that the

manufacturer has either stopped the manufacturing or manufacturer has increased

the prices of the tendered items or the items is not being imported due to certain

restrictions shall not be considered. Successful tenders will be bound to supply the

ordered articles in all circumstances and on the approved rates only.

29. Tender must be submitted on the prescribed tender forms only which can be

obtained from the Comptroller, Maharana Pratap University of Agriculture &

Technology, Udaipur on payment as specified in the NIT. The cost of tender forms

sent or deposited in the University shall neither be refunded nor adjusted towards

any subsequent tender in any case. The whole set of tender form should be

submitted after quoting the prices of each item in the space provided. If the

tenderer does not wish to quote for some items, words "NO QUOTATION" against

such items should be mentioned. Tenderer should keep one copy of the tender

form, out of the two supplied to him as his office copy.

30. Where a particular make or size is stated in the tender form, no alternative should

be suggested. The alternatives suggested will be ignored and the tenderer shall be

assumed to have quoted for the tendered items with specifications as mentioned in

the tender form.

31. Separate covering letter or communication should be sent for separate category of

tenders and tenders should be submitted separately for each category. Tenders

received in mixed with more than one category may not be considered.

Page 24: TENDER NOTICE Name of Items, Quantity and Approximate Cost … · 2013-02-08 · 5. The tenderer or his authorized representative should come prepared for technical presentation and

1032. The decision of the Comptroller, Maharana Pratap University of Agriculture &

Technology, Udaipur in all matters relating to the tender will be final and binding

upon the tenderers.

33. The Earnest Money deposited at the time of submission of tender will be

automatically converted into Security Money and if the amount of Security Money is

more than the earnest money deposited, then the remaining amount of Security

Money will have to be remitted by the contractor.

34. The tender shall on intimation of acceptance of the tender offer from the

Comptroller, Maharana Pratap University of Agriculture & Technology, Udaipur

shall submit an agreement bond on non-judicial stamp of Rs. 100/- within period

specified in the letter and also deposit the amount of Security Money if required as

per conditions No. …..alongwith the agreement bond, failing which the earnest

money deposited, with the tender offer will be forfeited.

COMPTROLLER MAHARANA PRATAP UNIVERSITY OF

AGRICULTURE & TECHNOLOGY, UDAIPUR

I/We certify that I/We have read the General Terms and Conditions of the tender and that I/We agree to abide by General Terms and Conditions.

SIGNATURE OF TENDERER

WITH STAMP